Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2011 FBO #3521
SOURCES SOUGHT

J -- Integrated Logistics Support (ILS) Request for Information - Draft CLIN Structure - DRAFT PWS for ETS ILS Requirement

Notice Date
7/14/2011
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate - DC, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, District of Columbia, 20229, United States
 
ZIP Code
20229
 
Solicitation Number
20060840B
 
Archive Date
8/12/2011
 
Point of Contact
Monica Y. Watts, Phone: 202-344-2938
 
E-Mail Address
monica.watts@dhs.gov
(monica.watts@dhs.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
This is a DRAFT PWS for the ILS Requirement. It is subject to change depending upon the response from industry. A solicitation for these services DOES NOT EXIST at this time. This is the DRAFT CLIN Structure for the ETP ILS Requirement. It is subject to change depending upon the response from industry. A solicitation for these services DOES NOT EXIST at this time. U.S. Customs and Border Protection Office of Information Technology Enforcement Technology Program (ETP) Integrated Logistics Support Request for Information Title Integrated Logistics Support (ILS) Services Purpose The Department of Homeland Security (DHS), Customs and Border Protection (CBP), Office of Information Technology (OIT), Enforcement Technology Program (ETP) hereby issues the following Request for Information (RFI) seeking information from responsible sources with current, relevant qualifications, capability and demonstrated experience that can perform other electronic and precision equipment repair and maintenance requirement on the equipment specified in the RFI attachment. CBP is interested in innovative solutions to the questions listed below. Objectives CBP is seeking innovative solutions regarding best practices, methodologies and processes for providing Department of Homeland Security (DHS), Customs and Border Protection, Office of Information Technology (OIT), Enforcement Technology Program proven Integrated Logistic Models, regardless of whether the solution aligns with the way this requirement is currently being fulfilled. CBP is open to changes in the way it provides these services, provided a transition plan can be developed that lays out a path to successfully reach the new approach from the status quo. CBP is seeking interest from potential 8(a) small business contractors to respond to this RFI. CBP is interested in hearing from industry and related experts about models for provision of integrated logistic support within the scope and scale outlined herein. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. 8(A) small businesses with a NAICS 811219 (size standard of $19M) are encouraged to respond in order to assist the DHS in creating an optimal acquisition to support the Enforcement Technology Program. Scope This scope identifies the requirements necessary to enable CBP to administer the Enforcement Technology Program. The contractor shall provide the direct labor, subcontractor services, supplies, materials and procurement services to operate a 7 X 24 year round Operations Center and to provide program management, procurement and life cycle support functions to sustain the operational availability of the equipment listed in Appendices A through F of the Performance Work Statement (PWS). The equipment is deployed to sites within Continental United States (CONUS) and Outside Continental United States (OCONUS). Life cycle support functions for the PWS encompass effort to perform preventative, predictive and corrective maintenance planning and execution; to perform inspection, acceptance and tracking of assets; to acquire and manage spare equipment and spare parts; to perform logistic support analysis: to perform Level of Repair Analysis; to perform reliability and maintainability analysis, to perform supply provisioning analysis, spares identification and procurement; to perform warehouse management, to relocate equipment; to provide enhancements, technical refresh or refurbishment of equipment; and to retire or dispose of the equipment. The required products of logistic support analysis are: maintenance plans; manpower and personnel requirements to perform maintenance; identification of common and peculiar tools and test equipment; acquisition or creation of technical data and publications; determination and definition of enforcement technology facility modification or construction to support installation or relocation of enforcement technology; packaging, handling, storage and transportation requirements for equipment. The Contractor shall provide on demand services required to satisfy requirements which, by their unanticipated occurrence, become emergent requirements which require effort to resolve, i.e., repair of damage due to accidents, relocations, remedy of corrosion damage. The proprietary nature of this enforcement equipment requires the Contractor to put in place subcontracts with the original equipment manufacturer (OEM) on a number of proprietary pieces of equipment that are currently maintained in the CBP inventory. RFI Responses Absolutely no telephone calls will be accepted. Please submit questions pertaining to this RFI to Monica Watts at monica.watts@dhs.gov no later than 12:00 p.m. on Wednesday, July 20, 2011. Please submit RFI responses to Monica Watts at the same email address no later than 3:00 p.m. on Thursday, July 28, 2011. Information provided in response to this RFI shall be submitted in MS Word or equivalent and shall not exceed 25 pages in length. Document size is limited to 8.5 x 11 inches, 12-point font, with 1-inch margins. The subject line shall read: Integrated Logistics Support (ILS), Customs and Border Protection (CBP) Enforcement Technology Program (ETP). Responses are requested in reply to the following: 1. Company Information - Please provide background information on your company including company size, the CAGE code, the socioeconomic status and the anticipated graduation date of your 8(a) status. In addition, provide the point of contact information including name, email address, telephone, and fax numbers. 2. Contract Management - How does your company envision managing this contract, considering the size, scope and potential number of subcontractors? How do you envision structuring the anticipated partnerships (e.g., subcontracts, joint ventures, etc.) to support this contracts? 3. Best Practices - CBP is seeking ILS best practices and methodologies and is open to changing the way we currently provide these services. a. What best practices has your organization provided to public or private entities with regard to ILS services? b. What innovative solutions have you seen in the marketplace that would address DHS concerns, regardless if your organization can provide those solutions or not? How can those solutions in the marketplace be tailored by your organization for this requirement? 4. Scalability/Flexibility - How would your company structure the acquisition, so that scalability and flexibility exist? a. What contract type would your organization recommend? b. How would you recommend structuring Section B? c. What administrative procedures would be required to manage this acquisition? 5. Incentives - Due to budgetary constraints, it is anticipated that this requirement will have non-financial incentives and financial disincentives. What incentives/disincentives has your organization seen in relation to providing ILS services? Would you consider these incentives/disincentives appropriate for these requirements? Why or Why not? Are there any other incentives/disincentives that your organization recommends for this requirement? 6. Management of Equipment - What innovative solutions exist in the industry (regardless of whether your organization can provide those solutions or not) regarding the capability to manage the movement of equipment as anticipated in this acquisition? How can those solutions in the marketplace be tailored by your organization? What solutions has your organization employed? 7. Other Risks and Issues - What risks do you envision with this requirement as it is structured in this RFI? In your opinion, what steps could be taken (by DHS or the potential contractor) to mitigate these risks? Disclaimer This is a Request for Information (RFI) issued solely for information and planning purposes and does not constitute a solicitation. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government or form a binding contract. A solicitation is not being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation, nor does it restrict the Government to a particular acquisition approach. This information is being requested on a voluntary basis and as such, the Government will not reimburse any respondents for any information that is submitted. Respondents are solely responsible for all expenses associated with responding to the RFI. Responses to this RFI will not be returned and notification to the respondents from this RFI is not anticipated. The information provided will be used solely by CBP to clarify and enhance the future RFP. This RFI does not constitute a Request for Proposal (RFP), Invitation for Bid (IFB), or Request for Quotation (RFQ), and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request. All information contained in this RFI is preliminary as well as subject to modification and is in no way binding on the Government. If a solicitation is released for this acquisition, it will be synopsized in the Federal Business Opportunities (FedBizOpps) website and the DHS procurement web page. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this RFI, or future RFP. Attachments The following attachments are included with this RFI: - Draft Performance Work Statement - Draft CLIN structure
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/20060840B/listing.html)
 
Place of Performance
Address: United States and CBP Field Locations, United States
 
Record
SN02498725-W 20110716/110714234915-053a695dc4f1ffe8812d21b99140a153 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.